Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

99 -- National Test Equipment Program (NTEP-A)

Notice Date
8/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9903
 
Response Due
8/27/2010
 
Archive Date
9/11/2010
 
Point of Contact
Whitney ColemanClark, 202-493-5963
 
E-Mail Address
whitney.coleman-clark@faa.gov
(whitney.coleman-clark@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA), Headquarters, Washington, DC, contemplates the procurement of material parts (kits) P/N S332E, Site Master Cable and Antenna Analyzer, NSN: 6625-01-586-4810; and P/N MS2024A, Vector Network Analyzer, NSN: 6625-01-545-0887, in support of the National Test Equipment Program (NTEP). The desired delivery is FOB: Destination. Specification: P/N S332E, Site Master Cable and Antenna Analyzer, NSN: 6625-01-586-4810 The Cable & Antenna Analyzer must operate as a minimum in the following frequency band 2 MHz to 4 GHz, and have a spectrum analyzer capable of operating in 100 kHz to 4 GHz frequency band. It must be able to find cable faults by a frequency domain reflectometer feature. The spectrum analyzer portion of the analyzer must be a wide band, very sensitive receiver. It should work on the principle of "super-heterodyne receiver" converting higher frequencies (normally ranging up to several 10s of GHz) to measurable quantities. The received frequency spectrum must convert the selected frequency to a measurable DC level, and displays the same on the monitor. Some other applications the spectrum analyzer must feature include site monitoring for radio interference investigation. It should be capable to verify that the frequency and signal strength of a transmitted signal is accurate. Other spectrum analyzer features must include antenna isolation, co-channel interference, adjacent channel power, occupied bandwidth, intermodulation, microwave or satellite antenna alignment, and characterization of the transmitted signal.Specification: P/N MS2024A, Vector Network Analyzer, NSN: 6625-01-545-0887 The vector network analyzer must measure a complex transmitted signal by utilizing a two-port device to measure the S11, S12, S21 and S22 parameters of the cable (device) under test. It must accomplish this by sampling the incident signal, separating the transmitted and reflected waves, and then performing ratios that are directly related to the reflection and transmission coefficients of the two-port device. Frequency must be swept to obtain amplitude and phase information over a band of frequencies of interest.The vector network analyzer must utilize a synthesized-frequency source to provide a known test stimulus that can sweep across a range of frequencies or power levels. The vector network analyzer must also perform ratioed measurements (including phase), which require multiple receivers. The vector network analyzer must provide data about a device under test (DUT) which must include magnitude, phase, and group-delay response Delivery and Place of Delivery/Period of Performance: To be cited on the order. To fulfill the Government's immediate need under this requirement, the FAA intends to establish a Purchase Order. The anticipated total ceiling amount under the acquisition has been established at $854,000.00. The NAICS Code under this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signal, with a Small Business Standard Size of 500 employees. Firms shall complete and submit the attached Business Declaration form with their reply. Purpose of Announcement: To solicit sources that would be interested in establishing a Purchase Order (PO) under this requirement. Interested vendors should submit to the Contracting Officer a statement of interest no later than 12:00 Noon, EST, 26 August 2010. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements or interest and capabilities from small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing National Test Equipment Program (NTEP) material parts (kits). This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. No further screening information request (SIR) or other postings will be issued as a result of this announcement. The FAA reserves the right to make an award as a result of this posting based on the best value to the Government, price and delivery being of equal importance. The FAA will not pay for any information received or cost incurred in preparing the response to the market survey. Therefore any cost associated with market survey submission is solely at the interested vendor expense. In order to receive an award from the FAA, regardless of dollar value, vendors must be registered in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). For registration procedures and information, please call 1-888-227-2423, or visit the Business Partner Network (BPN) at www.bpn.gov. Due to the sensitive time frame involved with this acquisition, questions may be submitted; however, the FAA does not guarantee a response prior to the award a PO. The FAA's Point of Contact (POC) under this requirement is: whitney.coleman-clark@faa.gov; Phone No (202) 493-5963; or facsimile (202) 493-5057.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9903/listing.html)
 
Record
SN02241922-W 20100818/100816234937-c67e9ee5447821063a47e466eb294384 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.